Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2008 FBO #2286
MODIFICATION

70 -- Patch Cords

Notice Date
2/27/2008
 
Notice Type
Modification
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA08B0009
 
Response Due
3/3/2008
 
Archive Date
8/30/2008
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number SAQMMA08B0009. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 62643_03. NASA SEWP IV Contracts Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-03 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, 3 meter LC/SC Duplex Fiber Patch cord. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 31, EA; LI 002, 3 Meter MTRJ/ ST Duplex Fiber Patch cord. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 112, EA; LI 003, 2 Meter MTRJ/ SC Duplex Fiber Patch cord. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 738, EA; LI 004, Unicam SC Connector, Multimode, 62.5 uM, Ceramic Ferrule, Part number: 95-000-41. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 906, EA; LI 005, International Configurations Plug Adapter, U.S. Standard NEMA 5-15, 110 VAC, Part Number: 30110. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 1367, EA; LI 006, International Configuration Plug Adapter, European Schuko 220 VAC, Part Number: 30140. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 260, EA; LI 007, Cables to GO - NEMA 5-15 1foot extension cord, 3-prong plug, Part number: 3137. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 23, EA; LI 008, Rack Solutions 19" rack shelf with tie wrap holes, Part Number: 1USHL - 108. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 19, EA; LI 009, 7.8 inch nylon cable tie, 100/package. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 35, PKG; LI 010, Corning/Seicor Client Patch Panel, 24/48-f Wall Mount Enclosure, Part number: WCH-04P. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 24, EA; LI 011, Corning Backbone Patch Panel connector 6-port Duplex, SC, MM, Part number: CCH-CP12-91. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 196, EA; LI 012, International Configuration NEMA 5-15, 2.5 meters (96 inches) extension cord, Part number:81131. MUST BE EXACT MATCH MANUFACTURER AND PART NUMBER, 12776, EA; LI 013, 2 METER LC-to-LC DUPLEX FIBER PATCH CORD. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 9, EA; LI 014, 2-METER LC-TO-SC DUPLEX FIBER PATCH CORD. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 37, EA; LI 015, 3-METER MTRJ-TO-SC DUPLEX FIBER PATCH CORD. MEET OR EXCEED: SELLER MUST SPECIFY MANUFACTURER, PART NUMBER, and DESCRIPTION OF ITEM OFFERED., 254, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. TO HAVE A BID CONSIDERED FOR AWARD, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. PLEASE NOTE THAT SOME LINE ITEMS REQUIRE EXACT MATCH AND THEREFORE SUBSTITUTIONS OR EQUIVALENTS ARE UNACCEPTABLE FOR THOSE LINE ITEMS. EQUIVALENT ITEMS ARE ONLY ACCEPTABLE ON LINES MARKED AS "MEET OR EXCEED". Past performance, earn-valued, and ability to delivery within GITM s time constraints are factors in determining awardee. Weight is a consideration for all items due to government shipping related costs. Shipping hours are 7:00 AM 3:00 PM, Monday thru Wednesday Driver must call Dan Gardner (703-929-9674) for Dock Appointment prior to deliver y of shipment. Shipments without Dock appointments may be refused at the door. Purchase Order number (1019-number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Purchase Order Number (1019-number) Packing slips/Bill of Lading must contain pallet and box count. Shipping Address: o U.S. Department of State o c/o ManTech o 8020 Grainger Ct., Springfield, VA 22153 Pallet height not to exceed 60-inches. Wrapped pallet dimensions: 40x48x60 All pallets must be marked with the purchase order number (1019-number) Pallets must be wood, with standard 3-stringer construction, with 4-way ent ry. Pallet size should be 40" X 48" with 48" being the stringer length. All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of 347 Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. Purchase Order Number must be clearly printed on all boxes PMA Lab Configuration Control Number (if applicable) must be clearly printed on all boxes Part number with barcode must be clearly printed on container. Serial number with barcode must be clear printed on container (if applicable). If equipment is modified, a new Part Number must be assigned and bar-coded on the container. If equipment is modified, the original Part Number and barcode should not be covered on the container. If a new Serial Number is assigned, it must be bar-coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. Items received must adhere to the configuration as submitted and approved by the PMA Lab. PMA Lab configuration control numbers for approved configurations will be assigned. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department of State and comments will be noted to Vendor Performance. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does NOT allow use of third party components in configurations. Random QA will be performed. If it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the Department of State. The infraction will be recorded in the Vendor s Performance file. Manufacturer warranty for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns provided at no additional cost, within 72 hours. Repaired units must be received within 30 days. 120-Day Lead-time for retuning a defective item from post. If award is made to a value add reseller, the reseller will liaison with the manufacturer for any warranty repairs/concerns. Vendor will provide a written escalation process upon award to include the following information: Sales Contacts: both Field and inside Sales Management Contacts Customer Support Reps and their Management to include: Customer Service Representative Warranty Liaison Representative Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. Brand Name Justification attached on www.fedbid.com.
 
Web Link
www.fedbid.com (b-62643_03, n-10759)
(http://www.fedbid.com)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
Country: US
 
Record
SN01517959-W 20080229/080228013012 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.